Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

B -- Intersection Safety Study

Notice Date
7/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Cincinnati), 4676 Columbia Parkway, M/S C-4, Cincinnati, Ohio, 45226
 
ZIP Code
45226
 
Solicitation Number
2012-48616
 
Point of Contact
Dwight D Favors, Phone: (513)533-8137
 
E-Mail Address
dyf3@cdc.gov
(dyf3@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is 2012-48616 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information: CLIN 0001: Total Price Intersection Safety Study $ (All work shall be performed in accordance with the attached Statement of Work (SOW) Your quote shall include the following: • Total Price for CLIN 0001 • Capabilities in accordance with the Statement of Work and Evaluation Factors This acquisition is under North American Industry Classification System code 541690. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. No telephonic quotes will be processed. All responses must be received no later than 2:00 P.M., Eastern Standard Time on 15 August 2012 Please send any questions and quotes to Dwight Favors at dyf3@cdc.gov. Attachments: 1. Statement of Work 2. Full-Text Clauses Statement of Work Occupational Drivers' Decision Making and Intersection Safety The task is to develop a comprehensive study protocol, including a series of experiments, to evaluate the effect of traffic signal logic (i.e., signal clearance interval and left-turn formation), traffic light configuration (i.e., light layout and landscape), and vehicle (vehicle category and speed limit) on occupational drivers' decision making and thus intersection safety. The protocol will be used for lab-based virtual reality experiments to produce science-based guidelines and strategies to assist occupational drivers in enhancing intersection safety. Background According to the Federal Highway Administration (FHWA, 2012), there were 32,885 highway fatalities in motor vehicle crashes in 2010. Literature also indicates that 21 percent of crashes and 24 percent of all fatalities and injuries related to motor vehicle collisions occurred at signalized intersections (Bared, 2005). Some control strategies have been proposed to reduce frequency and severity of intersection collisions. Among them are traffic control, geometric improvements, sight distance improvement, driver awareness, driver compliance, access management near intersections, and other infrastructure treatments (Antonucch et al. 2004). These strategies were derived from traffic safety analyses which have traditionally relied on historical collision data and thus pertain to several shortcomings, such as change of factors during the observation period, a reactive nature of collision-based safety analysis which means that a significant number of collisions must be reported before an action is taken, and quality of collision data in that collision data reporting is often incomplete, inconsistently reported by different jurisdiction (Sayed and Zein, 1999). Nevertheless, because the high crash rate at intersections and that traffic signals play a key role in enhancing safety, FHWA (2004) produced a handbook that explains methods to evaluate the safety and operation of signalized intersections and highlights tools to remedy deficiencies. It provides information and tools that can help transportation professionals conduct insightful assessments of intersections and understand the tradeoffs from potential improvement measures. Some knowledge gaps remain in traffic signal clearance interval, traffic light physical layout, and left-turn formation, especially their interaction effect on decision making of drivers of different categories of vehicles. NIOSH has a priority goal to develop science-based guidelines and strategies to assist occupational drivers in enhancing intersection safety. Task Components The contractor is to develop a comprehensive lab-based virtual reality study protocol, including a series of experiments, to study the effect of driver-vehicle-intersection interface (driver decisions and actions) on intersection safety. The contract includes the following components. 1. The contractor is to develop a large scale study plan, which contains a series of experiments to address the interaction effect of traffic signal clearance interval, traffic light layout, left-turn formation, and vehicle type on driver decision making. The independent variables include but are not limited to traffic light orientation (vertical and horizontal), left turn logic (left signal before green light and left signal after green light), left turn signal configuration (no arrow, green arrow only, green and yellow arrows, and three-color arrows), speed limit, vehicle type (sedan, truck trailer, fire engine, and ambulance), slope grade, and width/length of intersection. The dependent variables include but are not limited to time required to successfully pass the intersection, red-light running frequency and time, driver response time to signal, and driver stress measurements. The contractor is to complete a comprehensive literature review on these study parameters and justify the inclusion and exclusion of study parameters. 2. The study plan is to address hazards that are primarily or uniquely occupational, such as the decision making for truck trailer drivers, fire truck drivers, and ambulance drivers in navigating through intersections under different intersection configurations and traffic light logics. 3. The study plan will be implemented at NIOSH, using a large-scale surround screen virtual reality system with a series of GetReal3D-Unity-based digital intersection environments and traffic-light logic/configurations. The contractor must incorporate the concept of "simulations in immersive environments" in the study plan. 4. The contractor is to complete a report (the study protocol) documenting the study plan and process using the format of typical grants and lab-based scientific study protocols in the areas of human factors and ergonomics, which would contain instruction, objectives, hypotheses, methods, expected results, and human subject research consents. 5. The task should be completed within 7 months from the effective date of the contract. Evaluation Criteria: 1. The offerer is to write a 3- to 4-page (single space) action plan with a time line to demonstrate his/her understanding of the task and ability to carry the task in a timely and excellent quality manner (80%). 2. Credentials in developing human factors research protocols (20%). 3. Cost is equally important to the quality of the action plan and credentials of the offerer. Potential Offerers: Ashish D. Nimbarte, Ph.D. Assistant Professor Industrial and Management Systems Engineering PO Box 6070 West Virginia University Morgantown, WV 26506-6107 Voice: (304) 293-9473 Fax: (304) 293-4970 Ashish.Nimbarte@mail.wvu.edu Matthew P. Reed, Ph.D. Research Associate Professor and Head Biosciences Group University of Michigan Transportation Research Institute 2901 Baxter Road Ann Arbor, Michigan, USA 48109-2150 Phone: +1-734-936-1111 Fax: +1-734-647-3330 Email: mreed@umich.edu
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CP/2012-48616/listing.html)
 
Record
SN02821854-W 20120802/120801000442-15caca9cff23815bb2ef4a4bd8d331e1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.